10 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - December 09, 2019

AIR FORCE

The Korean Airlines Co. Ltd., Aerospace Division, Seoul, South Korea, has been awarded a $213,000,000 ceiling indefinite-delivery/indefinite-quantity contract for A-10 Pacific Air Force depot support. This contract provides depot support for A-10 aircraft that are stationed in South Korea. Work will be performed in Buson, South Korea, and is expected to be complete by Dec. 31, 2029. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 operations and maintenance funds in the amount of $166,361 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-20-D-0001).

ARMY

LOC Performance,* Plymouth, Michigan, was awarded a $70,987,890 firm-fixed-price contract for Bradley Engineering Change Proposal kits, spare parts and installation. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-F-0014).

Raytheon Co., Woburn, Massachusetts, was awarded a $26,000,840 firm-fixed-price Foreign Military Sales (Poland and Romania) contract for field artillery C3, Advanced Field Artillery Tactical Data System. One bid was solicited via the internet with one bid received. Work will be performed in Woburn, Massachusetts, with an estimated completion date of Dec. 19, 2021. Fiscal 2020 Foreign Military Sales funds in the amount of $9,235,884 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-C-5008).

HNTB Corp., Kansas City, Missouri, was awarded a $10,213,080 modification (P00007) to contract W91236-17-F-0012 for architect and engineer services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2022. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity.

Chustz Surveying LLC,* New Roads, Louisiana (W912EE-20-D-0001); Johnson-McAdams Surveying and Mapping LLC,* Greenwood, Mississippi (W912EE-20-D-0002); and Seaside Engineering & Surveying LLC,* Baker, Florida (W912EE-20-D-0003), will compete for each order of the $10,000,000 firm-fixed-price contract for surveying and mapping services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 9, 2024. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

CACI Inc. – Federal, Chantilly, Virginia, was awarded a $9,908,767 cost-plus-fixed-fee contract for design, development and to validate system prototypes for a combined arms squad. Bids were solicited via the internet with one received. Work will be performed in Chantilly, Virginia, with an estimated completion date of Dec. 30, 2020. Fiscal 2019 Defense Advanced Research Projects Agency funds in the amount of $5,668,581 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W912CG-20-C-0004).

NAVY

PAE Applied Technologies Inc., Fort Worth, Texas, is awarded a $47,364,653 modification (P00088) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N00019-14-C-0038). This modification extends the period of performance and increases the ceiling to continue providing services in support of range engineering, operations and maintenance support to the Atlantic Test Range and the Atlantic Targets and Marine Operations Division of the Naval Air Warfare Center Aircraft Division. This work will employ disciplines embracing various types of system operations, laboratory and field testing, marine operations and target support services, engineering, range sustainability, maintenance, data reduction and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in June 2020. Fiscal 2020 research, development, test, evaluation; and working capital (Navy) funds for $12,645,500 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $46,014,523 firm-fixed-price contract to provide one 175-ton portal crane at Puget Sound Naval Shipyard. The work to be performed provides for the contractor to design, fabricate, assemble, shop test, deliver, install, inspect, field test and make ready for use one 175-ton heavy-lift portal crane to be installed at Puget Sound Naval Shipyard. The crane shall be a portal type with a rotating superstructure, luffing boom, main hoist and an auxiliary hoist designed to meet the dimensional and functional requirements of the specification. The contract also contains six unexercised options, which if exercised, would increase cumulative contract value to $329,923,447. Work will be performed in New Berlin, Wisconsin, and is expected to be completed by November 2023. Fiscal 2020 other procurement, (Navy) funds in the amount of $46,014,523 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites with two proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0002).

Alion – IPS Corp., Burr Ridge, Illinois, is awarded a $44,721,438 cost-plus-fixed-fee and cost-only modification to a previously awarded contract N00024-18-C-0015 to procure professional support services for the Naval Sea System Command's Deputy Commander for Surface Warfare. This procurement is for professional support services in the areas of program management, administrative support, surface ship modernization, inactive ships, surface ships readiness, surface training systems, business and financial management, records management and information technology support. Work will be performed in Washington, District of Columbia (54.7%); Norfolk, Virginia (19%); San Diego, California (17.3%); Mayport, Florida (2.1%); Yokosuka, Japan (1.5%); Sasebo, Japan (1.2%); Manama, Bahrain (1.2%); and various locations of less than 1% each in the U.S. and Europe (3%), and is expected to be complete by August 2020. Fiscal 2020 operations and maintenance (Navy) funding for $5,300,000 will be obligated at time of award and funds for $5,300,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Fincantieri Marine Systems North America Inc., Chesapeake, Virginia, is awarded an $18,006,438 contract modification to exercise Option Year Three of a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity N55236-17-D-0009 contract to provide maintenance support for the Mine Countermeasure-1 Class main propulsion diesel engine and ship service diesel generator. Work will be performed in the homeports of San Diego, California; Sasebo, Japan; Manama, Bahrain; and ports-of-call as required, and work is scheduled to be completed by January 2021. No funding is being obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured. The independent contractor, under the direction of the Regional Maintenance Center and not as an agent of the government, shall provide diesel engine technical, engineering, and field service support for Mine Countermeasure-1 Class ships homeported in San Diego, California; and forward deployed in Japan and Bahrain. Obligated funding will cover preventive maintenance services and travel in the base year and subsequent option years in accordance with work item specifications and work item plans, drawings, other references, the delivery schedule and all other terms and conditions set forth in the contract. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $11,548,231 cost-plus-fixed-fee, firm-fixed-price modification (P00025) to a previously awarded fixed-price incentive firm contract (N00019-18-C-1048) to provide work and training necessary for the Autonomic Logistics Information System 3.5 software rollout to the fleet under the low rate initial production Lot XI. Work will be performed in Orlando, Florida (57%); and Fort Worth, Texas (43%), and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Air Force, Marine Corps and Navy); non-Department of Defense (DoD) participants; and Foreign Military Sales (FMS) funds in the amount of $11,548,231 are being obligated at time of award, $6,498,614 of which will expire at the end of the current fiscal year. This contract modification combines purchases for the Air Force ($3,043,659; 26%); Marine Corps ($1,476,651; 13%); Navy ($1,978,304; 17%); non-DoD participants ($3,060,938; 27%); and FMS ($1,988,680; 17%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,140,087 cost-plus-fixed-fee delivery order (N00019-20-F-0457) against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-8C Firescout unmanned aircraft system. This order is for the production and delivery of eight AN/ZPY-8 radar modification kits, eight forward access panel modification kits and all associated non-recurring engineering and qualification efforts in support of mission processor unit upgrades. Work will be performed in Santa Clarita, California (38%); San Diego, California (37%); Fort Worth, Texas (22%); and Lititz, Philadelphia (3%). Work is expected to be completed in April 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds for $9,140,087 are being obligated at time of award, $3,921,389 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2035907/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 30, 2019

    31 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 30, 2019

    NAVY Lockheed Martin Space, Sunnyvale, California, is awarded $559,622,074 for cost-plus-incentive-fee, fixed-price-incentive, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. Work will be performed in Magna, Utah (29.47 percent); Sunnyvale, California (16.75 percent); Cape Canaveral, Florida (14.07 percent); Pittsfield, Massachusetts (6.00 percent); Denver, Colorado (5.56 percent); Camden, Arizona (3.96 percent); Titusville, Florida (3.87 percent); Kingsport, Tennessee (3.87 percent); Kings Bay, Georgia (3.15 percent); El Segundo, California (2.87 percent); Lancaster, Pennsylvania (2.00 percent); Clearwater, Florida (1.11 percent); Inglewood, California (1.08 percent); and other various locations less than one percent (6.24 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $412,117,013; fiscal 2019 other procurement (Navy) funds in the amount of $9,717,587; and United Kingdom funds in the amount of $137,787,474 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded $55,062,919 for modification P00011 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0055). This modification provides for the procurement of five Fire Scout MQ-8C unmanned air systems and two lightweight fuel cells. Work will be performed in San Diego, California (33 percent); Ozark, Alabama (27 percent); Fort Worth, Texas (18 percent); Moss Point, Mississippi (16 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $55,062,919 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, is awarded $43,856,375 for modification P00017 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001). This modification exercises an option for organization, selected intermedia, limited depot level maintenance, and logistics services in support of the Naval Aviation Warfighting Development Center's (NAWDC) F/A-18A/B/D/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C aircraft. Work will be performed at NAWDC, Fallon, Nevada, and is expected to be completed in January 2020. No funds are being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. B.L. Harbert International, Birmingham, Alabama, is awarded a $41,832,719 firm-fixed construction contract for a hangar located at the Naval Air Station Patuxent River, Maryland. The project will construct an 80,000 square foot hangar and associated facility to support research, development, testing, and evaluation of unmanned carrier-launched aerial surveillance systems to be located at the air station. The contract also contains five unexercised option, which if exercised would increase cumulative contract value to $44,374,719. Work will be performed in Patuxent River, Maryland, and is expected to be completed 607 days after award. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,832,719 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-2015). RQ Construction Inc., Carlsbad, California, is awarded a $41,429,522 firm-fixed-price contract for the design and construction of a maintenance hangar in support of the EA-18 Growler aircraft at Naval Air Station Whidbey Island, Washington. The facility will provide high-bay space for aircraft maintenance, maintenance shops, and open bay warehouse space for aircraft equipment and administrative spaces. Work will be performed in Oak Harbor, Washington, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,429,522 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-C-0003). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $36,655,871 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite quantity contract for Identity Dominance System (IDS) technology refresh for the Department of Defense. The IDS technology refresh effort is a refresh of the entire current configuration. The primary focus of this contract is the acquisition of a hand-held biometric hardware device for the IDS program to replace the current integrated base unit. Work will be performed in McLean, Virginia, and is expected to be completed by January 2024. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,522,548 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was solicited on a full and open competition basis via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4000). Raytheon Co. Missile Systems, Tucson, Arizona, is being awarded $32,958,080 for modification P00002 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides for engineering and manufacturing development of the Miniature Air Launched Decoy – Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,197,594 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Aviation Products Inc., Alpharetta, Georgia, is awarded a $16,138,920 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure a maximum quantity of 840 technically refreshed multi-function displays for retrofits and spares in support of the AH-1Z and UH-1Y aircraft. Work will be performed in Alpharetta, Georgia, and is expected to be completed in September 2022. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0009). The Boeing Co., St. Louis, Missouri, was awarded $15,991,141 for modification P00001 to delivery order N0001918F1652 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for the procurement of 79 Harpoon Block II Plus Tactical Missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); Cedar Rapids, Iowa (.6 percent), and various locations within the continental U.S. (3 percent). Work is expected to be completed in March 2022. Fiscal 2019 weapons procurement (Navy) funds in the amount of $15,991,141 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded $14,539,807 for firm-fixed-price delivery order M67854-19-F-1541 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-1309) for the production and integration of 56,710 Plate Carrier Generation III complete systems and 61,729 components and spares. Work will be performed in Guanica, Puerto Rico, and is expected to be complete by Jan. 29, 2021. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $14,539,807 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a Total Small Business Set Aside via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Central Lake Armor Express Inc.,* Central Lake, Michigan, is awarded $10,432,525 for firm-fixed-price delivery order M67854-19-F-1542 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-19-D-1509) for the production of 1,322,654 Plate Carrier Generation III soft armor inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $10,432,525 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a total small business set aside via the Federal Business Opportunities website, with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Sealift Inc. of Delaware, Oyster Bay, New York, is awarded $9,106,750 under previously awarded contract N3220518C3352 to exercise an option for a vessel for transportation of dry cargo worldwide. The U.S. flagged vessel MV Black Eagle is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo), and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide and is expected to be completed January 2020. Working capital funds in the amount of $9,106,750 will be obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Nordam Group Inc., Tulsa, Oklahoma, is awarded a $7,902,620 firm-fixed-priced contract for first article testing in support of the Super Hornet F/A-18 E-G 11 flight control surfaces. This is a one-year contract with no option periods. Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by January 2020. Working capital (Navy) funds in the full amount of $7,902,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-C-C003) Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $7,127,423 for firm-fixed-price task order N6247319F4263 under a previously awarded multiple award construction contract (N62473-17-D-4629), for the renovation of historic Building 158 and demolition of Building 58 at Naval Base Point Loma, California. The work to be performed provides for the renovation of Building 158 into a two-story space with a basement, suitable for administration and training. Project includes demolition to cut openings for completion of a seismic retrofit, and installation of an elevator and ramp to bring the building into American Disabilities Act compliance; constructing walls throughout all three floors to enclose offices, interview rooms, an evidence room, men and women locker rooms, storage areas, and classrooms. The project also installs a new generator, new heat ventilation air conditioning, and repairs the existing pavement around the facility. Building 58 located at the Harbor Drive Annex will be demolished. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative contract value to $8,188,231. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,127,423 are obligated on this award and will expire at the end of the current year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. AIR FORCE Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $375,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed on Balad Air Base, Iraq, and is expected to be completed by Jan. 30, 2020. This contract was the result of a sole-source acquisition and involves foreign military sales to Iraq. Foreign military financing loan repayable funds in the amount of $183,750,000 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8630-19-C-5004). JC Builders JV,* Alamogordo, New Mexico (FA4801-19-D-A003); Mirador Enterprises LLC,* El Paso, Texas (FA4801-19-D-A006); Native American Services Corp.,* Alamogordo, New Mexico (FA4801-19-D-A004); Mesa Verde Enterprises,* Alamogordo, New Mexico (FA4801-19-D-A007); LC Structural Inc.,* Las Cruces, New Mexico (FA4801-19-D-A001); Veliz Construction,* El Paso, Texas (FA4801-19-D-A005); E-Corp,* Layton, Utah (FA4801-19-D-A008); and R-CON Construction Inc.,* Las Cruces, New Mexico (FA4801-19-D-A009), have been awarded a five-year aggregate ceiling $90,000,000 indefinite-delivery/indefinite-quantity contract to provide a broad range of maintenance, repair and construction work at Holloman Air Force Base, New Mexico. Task orders will use a variety of trades such as road repair, roofing, excavation, electrical, mechanical, plumbing, sheet metal, painting, demolition, concrete, masonry and welding. Work is scheduled to commence March 1, 2019, and is expected to be completed by Dec. 31, 2023. No funds will be obligated at time of award but will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent Small Business Set-Aside, with 20 offers received. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity. Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $39,957,226 contract modification (P00013) to contract FA8525‐16‐D‐0003 for C‐5 contractor logistics support services. The contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by Jan. 31, 2021. This award is a result of a sole-source acquisition and only one off was received. Fiscal 2019 through fiscal 2021 Material Support Division, and operations and maintenance funds in the amount of $14,993,394 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Goodrich Corp., Brea, California, has been awarded an estimated $27,095,145 requirements contract for the repair/overhaul of the internal rescue hoist on UH-1N and aircraft mounted winch on HH-60 helicopters. This contract provides for the contractor to repair and perform program depot-level maintenance and unscheduled program depot-level maintenance in support of the UH-1N and HH-60 helicopters. Work will be performed in Brea, California, and is expected to be completed by Jan. 29, 2024. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-19-D-0001). BAE Systems Information and Electronic Systems Integration, Wayne, New Jersey, has been awarded a $12,157,767 cost-plus-fixed-fee contract for dynamic networking adaptation for Mission Optimization Extensible Network Architecture software/hardware. This effort develops and implements candidate system designs to interconnect applications and information across multiple legacy and future networks throughout dynamic missions. Work will be performed in Wayne, New Jersey, is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,435,845; and fiscal 2019 RDT&E funds in the amount of $7,394,039 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0012). ARMY Dell Marketing LP, Round Rock, Texas, was awarded a $78,141,800 firm-fixed-price contract for VMware software license maintenance. One bid was solicited with one bid received. Work will be performed in Round Rock, Texas, with an estimated completion date of Jan. 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $63,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0199). DRS Network and Imaging Systems LLC, Melbourne, Florida, was awarded a $67,300,000 fixed-price-redetermination contract to procure horizontal technology integration second generation forward looking infrared BKit components and engineering services. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0004). Med-Eng LLC, Ogdensburg, New York, was awarded a $47,203,546 firmed-fixed-price contract for Generation II advanced bomb suit systems. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0007). Kforce Government Solutions Inc., Fairfax, Virginia, was awarded a $28,000,000 firm-fixed-price contract to procure traumatic amputation task trainers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0005). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded an $11,954,435 firm-fixed-price contract for licensed vocational nurses and certified nurse assistants services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0010). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded an $8,325,934 firm-fixed-price contract for food services. One bid was solicited with one bid received. Work will be performed in Tucker, Georgia, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,325,934 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W911S0-19-C-0003). Emergent LLC, Virginia Beach, Virginia, was awarded a $7,616,333 firm-fixed-price contract for Oracle PeopleSoft software license renewals. Bids were solicited via the internet with two received. Work will be performed in Crystal City, Virginia; and San Diego, California, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Navy; and operations and maintenance, Army funds in the amount of $7,616,333 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-0274). DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a $26,589,346 modification (P00143) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. DEFENSE INFORMATION SYSTEMS AGENCY ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00013) to exercise Option Period Three on task order GS-35F-5151H / HC101316F0022, for commercial satellite communications service. The face value of this action is $23,328,000 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $93,159,500. Performance directly supports the Air Force's Central Command area of responsibility for intelligence, surveillance and reconnaissance platforms. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period Three is Feb. 10, 2019, through Feb. 9, 2020, and there is one remaining unexercised option period for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1744377/source/GovDelivery/

  • QinetiQ orders acquisition systems from Celestia STS for UK MoD

    30 décembre 2024 | International, Terrestre

    QinetiQ orders acquisition systems from Celestia STS for UK MoD

    QinetiQ, a company that delivers test, trials, training, and evaluation services for UK MoD, has placed an order with Celestia STS.

  • Raytheon Technologies : Thermal management for military aircraft | MarketScreener

    29 juin 2021 | International, Aérospatial

    Raytheon Technologies : Thermal management for military aircraft | MarketScreener

    Thermal management for military aircraft Raytheon Technologies is working to take the heat off a new generation of fighters June 22, 2021 The U.S.... | June 29, 2021

Toutes les nouvelles